HOSE ASSEMBLY
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for HOSE ASSEMBLY under a Firm Fixed-Price supply contract. This is an UNRESTRICTED opportunity for commercial items, with delivery required to Puget Sound Naval Shipyard IMF, Bremerton, WA. Offers are due by May 7, 2026, at 01:00 AM UTC.
Purpose and Scope
DLA Maritime Puget Sound intends to procure HOSE ASSEMBLY, specifically part number A-32314-50 (5 MM; 55 KSI; SHIELD; 50 FT LG), using commercial and simplified acquisition procedures (FAR Parts 12 and 13.5). The requirement includes specific quantities of 5, 2, 5, and 4 units. Delivery is requested by June 18, 2026, FOB Destination Bremerton, WA.
Contract Details
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 332912, with a size standard of $14 million.
- Place of Performance/Delivery: Puget Sound Naval Shipyard IMF (N4523A), 1400 Farragut Ave, Bremerton, WA 98314-5001.
- Delivery Date: June 18, 2026.
Submission & Evaluation
Offers must be submitted electronically via Wide Area Work Flow (WAWF). Evaluation will consider Technical, Price, and Performance factors. To be deemed responsive, the solicitation must be completed in its entirety, including:
- Filling out the solicitation for a completed quote, including Box 17A, Box 28, and signing page 1 (Boxes 30 a, b, c).
- Providing CAGE CODE, FACILITY CAGE CODE, and company size (SMALL or LARGE Business).
- Indicating if the material is a Commercial Item and/or Commercial-of-the-Shelf (COTS).
- Annotating LEAD TIME and/or delivery date, and completing pricing for each CLIN.
- Quoting prices as FOB Destination Bremerton, WA.
- Providing manufacturer's name, CAGE code, country of manufacturing, part number, and specification sheets (copied/pasted not accepted).
- Submitting a redacted quote and email from the manufacturer/distributor.
- Completing all representations and certifications.
- Returning all pages of the completed original solicitation package.
- Ensuring current registration in SAM.gov.
Contractors required to implement NIST SP 800-171 must have a current assessment (not more than 3 years old), unless the items are COTS, in which case this exemption must be identified to the contracting officer.
Key Dates & Contact
- Published Date: May 6, 2026.
- Offer Due Date: May 7, 2026, 01:00 AM UTC (May 6, 2026, 6:00 PM PDT).
- Questions: All questions must be submitted via email to Vera Anderson at vera.anderson@dla.mil.